SOLICITATION NOTICE
J -- NSSF R6 ONSITE Sullivan-Palatek D250 Low Pressure Air Compressor (LPAC) Preventive Maintenance Service
- Notice Date
- 2/1/2024 2:22:53 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018924QG041
- Response Due
- 2/4/2024 8:00:00 PM
- Archive Date
- 02/20/2024
- Point of Contact
- Sharon Dexter 860-694-3202 Sharon Dexter 860.694.3202 sharon.j.dexter.civ@us.navy.mil
- E-Mail Address
-
sharon.dexter@navy.mil
(sharon.dexter@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (((((MODIFIFICATION RFQ Solicitation Amendment N0018924QG041 0001 to Extend the Offer Due Date to Monday, 05 February 2024 at 1200 pm (NOON) ET.))))) This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This combined synopsis-solicitation SHALL be posted on both SAM and NECO (www.neco.navy.mil). The RFQ number is N0018924QG041. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Groton, CT Office intends award an annual preventive maintenance Firm Fixed-Priced Purchase Order contract for Onsite Preventative Maintenance for (1) Government Owned Sullivan-Palatek, Model D250PDZ, Diesel Driven, Portable, Low Pressure Air Compressor (LPAC) for one Base Year and (4) Years and (6) Month Option periods. Services shall include all labor, materials, parts and travel to Groton, CT 06349. The requested maintenance shall be performed In Place at the Naval Submarine Support Facility (NSSF) R6 Division, Building 17, aboard Naval Submarine Base, in Groton, CT 06349. The vendor shall include all parts, labor and travel necessary to support the efforts described herein. The estimated period of performance is 15 February 2024 to 14 July 2030. See incorporated Performance Work Statement (PWS) and Instructions to Quoters within Solicitation RFQ SF1449 N0018924QG041 and RFQ Amendment SF30 N0018924QG041 0001. The subject service will be acquired in accordance with Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The North American Industry Classification System code for this acquisition is 811310 and the Small Business Standard is 12.5 (millions of dollars). This acquisition is a Total Small Business Set-Aside. Quotes must be submitted via email to sharon.j.dexter.civ.civ@us.navy.mil by Monday, 05 February 2024 at 1200 p.m. EST (Groton, CT local time). A request for quote will be available for download on or about 25 January 2024 at www.SAM.gov. Potential vendors shall submit solicitation N0018924QG041 and all applicable amendments in accordance with the incorporated Instructions to Quoters and send via email attachment to sharon.j.dexter.civ@us.navy.mil. The Government will award based on price unless the contracting officer is aware of past performance information related to the low-price quote-offer which indicates that quote-offer may not represent best value. In that case, the Government reserves the right to consider the past performance of other quotes-offers, conduct a price, past performance tradeoff, and award to other than the lowest price quote-offer. DO NOT SUBMIT QUOTES THROUGH THE NECO SYSTEM. SEND DIRECTLY TO EMAIL AT sharon.j.dexter.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e1f4269d97644b85b999707fded7531b/view)
- Record
- SN06952082-F 20240203/240201230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |